SOURCES SOUGHT
F -- Environmental Remediation for Southern California
- Notice Date
- 3/13/2025 8:27:30 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
- ZIP Code
- 90017-3409
- Solicitation Number
- W912PL25S0011
- Response Due
- 4/7/2025 12:00:00 AM
- Archive Date
- 04/22/2025
- Point of Contact
- Christine Davis
- E-Mail Address
-
christine.davis@usace.army.mil
(christine.davis@usace.army.mil)
- Description
- This notice IS NOT a solicitation, and this update is provided for informational purposes only. No reimbursement will be made for any costs associated with providing information in response to this notice. Items subject to change. This is not a request for proposals/RFP. No award will result from this notice. This notice does not constitute any commitment by the Government. If you have any comments or questions, please feel free to contact Christine Davis anytime. Should there be an industry day associated with this notice, no reimbursement will be made for travel or other expenses. The cutoff for homeowners to submit a Right of Entry is 31 March 2025. Workload will likely concentrate on processing residential documents for the immediate future. This source sought notice seeks responses from firms with capabilities and past performance for environmental remediation/assessment services needed for the Los Angeles fire recovery NO UPDATES/RESUBMISSIONS NEEDED. If you DID NOT receive an email notifying you of this update (subject UPDATED TO CA WILDFIRE SOURCES SOUGHT W912PL25S0011 sent 13 March), contact POC at the bottom of this notice to verify receipt of your submission. A DRAFT scope is provided for planning purposes. On 8 January, President Biden declared the CA Wildfires and Straight-line Wind event a federal disaster (DR-4856-CA) triggering funding from the Stafford Act. Section 307 USE OF LOCAL FIRMS AND INDIVIDUALS of the Stafford Act states, �preference shall be given, to the extent feasible and practicable, to those organizations, firms, and individuals residing or doing business primarily in the area affected by such major disaster or emergency.� Declaration DR-4856-CA identifies the impacted area as Los Angeles County for debris removal and emergency protective measures (Categories A and B), including direct Federal assistance, under the Public Assistance program. USACE shall follow FAR Subpart 26.2 Major Disaster of Emergency Assistance Activities to advertise/award any requirement resulting from this solicitation. See FAR 26.202 Local area preference and FAR Clause 52.226-3 Disaster or Emergency Area Representation for how residency is determined. All responses after March 1,2025 to the sources sought must address the following: Offeror's company name, address, point of contact, Unique Entity ID in SAM and phone number and email address. Provide an inventory of equipment relevant to debris removal work. What State approved laboratories would your firm consider using? Does your firm have HAZWOPER and asbestos certified personnel? Can your firm submit an Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), HSA Workplan, Contractor Quality Control (CQC) Plan, other required submittals within 72 hours after contract award? Clause FAR 52.219-14 requires small business concerns to perform at least 50% of the cost incurred for personnel with its own employees for services. Recognizing this requires you perform 50% of the work assigned with your own employees, please identify which subcontractors are part of your team? Please identify what potential roles each subcontractor would be performing. Please identify what other capabilities your firm can perform to assist with the recovery. Please identify the number of personnel and skill sets they have to assist in the recovery. What are your Home Office Overhead and G&A rate(s)? Past performance/experience on projects of similar scope and magnitude (fire debris removal � highlight fire debris removal done in California), describing no more than three (3) projects within the last (6) years that are complete. Past performance info to include: Project Title and Location General description to demonstrate relevance to proposed project Agency or gov entity for which the work was performed with contact info if possible CPARS or related ratings information. Submissions will not be accepted without CPARS or equivalent Limit your response to 3 pages excluding equipment lists and past performance documents. All interested firms must be registered and current in the System for Award Management (SAM) to be eligible for award of Government contracts. Please submit materials in PDF Please submit your capabilities/capacities to this source sought to: Christine Davis at Christine.Davis@usace.army.mil Submissions will not be accepted after April 7, 2025
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/25707ad0976f4fa68268d1f80bb5d0b8/view)
- Place of Performance
- Address: CA 90272, USA
- Zip Code: 90272
- Country: USA
- Zip Code: 90272
- Record
- SN07372221-F 20250315/250314000114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |